Canada - Buyandsell.gc.ca

Transcription

Canada - Buyandsell.gc.ca
Public Works and Government Services
Canada
Travaux publics et Services
gouvernementaux Canada
1 1
Part - Partie 1 of - de 2
See Part 2 for Clauses and Conditions
Voir Partie 2 pour Clauses et Conditions
RETURN BIDS TO:
RETOURNER LES SOUMISSIONS À:
Title - Sujet
Bid Receiving Public Works and Government
Services Canada/Réception des soumissions
Travaux publics et Services gouvernementaux
Canada
PO Box 1408, Room 100
167 Lombard Ave.
Winnipeg
Manitoba
R3C 2Z1
Bid Fax: (204) 983-0338
Solicitation No. - N° de l'invitation
Date
E0209-140898/A
2013-08-15
REQUEST FOR PROPOSAL
DEMANDE DE PROPOSITION
Proposal To: Public Works and Government
Services Canada
We hereby offer to sell to Her Majesty the Queen in right
of Canada, in accordance with the terms and conditions
set out herein, referred to herein or attached hereto, the
goods, services, and construction listed herein and on any
attached sheets at the price(s) set out therefor.
Proposition aux: Travaux Publics et Services
Gouvernementaux Canada
Nous offrons par la présente de vendre à Sa Majesté la
Reine du chef du Canada, aux conditions énoncées ou
incluses par référence dans la présente et aux annexes
ci-jointes, les biens, services et construction énumérés
ici sur toute feuille ci-annexée, au(x) prix indiqué(s).
Comments - Commentaires
Manufactured Trailer - Willow Creek
Client Reference No. - N° de référence du client
CBSA
GETS Reference No. - N° de référence de SEAG
PW-$WPG-016-8608
File No. - N° de dossier
CCC No./N° CCC - FMS No./N° VME
WPG-3-36110 (016)
Solicitation Closes - L'invitation prend fin
at - à 02:00 PM
on - le 2013-08-26
F.O.B. - F.A.B.
Plant-Usine:
Destination:
Time Zone
Fuseau horaire
Central Daylight Saving
Time CDT
Other-Autre:
Address Enquiries to: - Adresser toutes questions à:
Buyer Id - Id de l'acheteur
Hall, Marlene
wpg016
Telephone No. - N° de téléphone
FAX No. - N° de FAX
(204) 984-6423 (
(204) 983-7796
)
Destination - of Goods, Services, and Construction:
Destination - des biens, services et construction:
DEPARTMENT OF PUBLIC WORKS AND GOVERNMENT SERVICES CANADA
STE 1650
635-8TH AVE S.W.
CALGARY
Alberta
T2P3M3
Canada
Instructions: See Herein
Instructions: Voir aux présentes
Vendor/Firm Name and Address
Raison sociale et adresse du
fournisseur/de l'entrepreneur
Delivery Required - Livraison exigée
Delivery Offered - Livraison proposée
See Herein
Vendor/Firm Name and Address
Raison sociale et adresse du fournisseur/de l'entrepreneur
Issuing Office - Bureau de distribution
Public Works and Government Services Canada - Western
Region
PO Box 1408, Room 100
167 Lombard Ave.
Winnipeg
Manitoba
R3C 2Z1
Telephone No. - N° de téléphone
Facsimile No. - N° de télécopieur
Name and title of person authorized to sign on behalf of Vendor/Firm
(type or print)
Nom et titre de la personne autorisée à signer au nom du fournisseur/
de l'entrepreneur (taper ou écrire en caractères d'imprimerie)
Signature
Canada
Page 1 of - de 1
Date
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
REQUEST FOR PROPOSAL
MANUFACTURED TRAILER - WILLOW CREEK
TABLE OF CONTENTS
PART 1 - GENERAL INFORMATION
1.
Security Requirement
2.
Requirement
3.
Debriefings
PART 2 - BIDDER INSTRUCTIONS
1.
Standard Instructions, Clauses and Conditions
2.
Submission of Bids
3.
Enquiries - Bid Solicitation
4.
Improvement of Requirement During Solicitation Period
5.
Applicable Laws
6.
Optional Site Visit
PART 3 - BID PREPARATION INSTRUCTIONS
1.
Bid Preparation Instructions
PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION
1.
Evaluation Procedures
2.
Basis of Selection
PART 5 - CERTIFICATIONS
1.
Mandatory Certifications Required Precedent to Contract Award
PART 6 - RESULTING CONTRACT CLAUSES
1.
Security Requirement
2.
Requirement
3.
Standard Clauses and Conditions
4.
Term of Contract
5.
Authorities
6.
Payment
7.
Invoicing Instructions
8.
Certifications
9.
Applicable Laws
10.
Priority of Documents
11.
SACC Manual Clauses
12.
Insurance Requirements
List of Annexes:
Annex A
Annex B
Annex C
Annex D
Requirement
Basis of Payment
Insurance Requirements
Site Plan
Part - Partie 2 of - de 2 / Page 1 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
PART 1 - GENERAL INFORMATION
1.
Security Requirement
There is no security requirement associated with this bid solicitation.
2.
Requirement
The requirement is detailed under Article 2 of the resulting contract clauses.
3.
Debriefings
Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the
request to the Contracting Authority within 15 working days of receipt of the results of the bid solicitation
process. The debriefing may be in writing, by telephone or in person.
Part - Partie 2 of - de 2 / Page 2 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
PART 2 - BIDDER INSTRUCTIONS
1.
Standard Instructions, Clauses and Conditions
All instructions, clauses and conditions identified in the bid solicitation by number, date and title are set out
in the Standard Acquisition Clauses and Conditions Manual
(https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual)
issued by Public Works and Government Services Canada.
Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bid
solicitation and accept the clauses and conditions of the resulting contract.
The 2003 (2013-06-01) Standard Instructions - Goods or Services - Competitive Requirements, are
incorporated by reference into and form part of the bid solicitation.
2.
Submission of Bids
Bids must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving
Unit by the date, time and place indicated on page 1 of the bid solicitation.
3.
Enquiries - Bid Solicitation
All enquiries must be submitted in writing to the Contracting Authority no later than five (5) calendar days
before the bid closing date. Enquiries received after that time may not be answered.
Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the
enquiry relates. Care should be taken by bidders to explain each question in sufficient detail in order to
enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must
be clearly marked "proprietary" at each relevant item. Items identified as "proprietary" will be treated as
such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the
questions or may request that the Bidder do so, so that the proprietary nature of the question is
eliminated, and the enquiry can be answered with copies to all bidders. Enquiries not submitted in a form
that can be distributed to all bidders may not be answered by Canada.
4.
Improvement of Requirement During Solicitation Period
Should bidders consider that the specifications or Statement of Work contained in the bid solicitation could
be improved technically or technologically, bidders are invited to make suggestions, in writing, to the
Contracting Authority named in the bid solicitation. Bidders must clearly outline the suggested
improvement as well as the reason for the suggestion. Suggestions that do not restrict the level of
competition nor favour a particular bidder will be given consideration provided they are submitted to the
Contracting Authority at least five (5) days before the bid closing date. Canada will have the right to accept
or reject any or all suggestions.
5.
Applicable Laws
Any resulting contract must be interpreted and governed, and the relations between the parties
determined, by the laws in force in Manitoba.
Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of their
choice without affecting the validity of their bid, by deleting the name of the Canadian province or territory
Part - Partie 2 of - de 2 / Page 3 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
specified and inserting the name of the Canadian province or territory of their choice. If no change is
made, it acknowledges that the applicable laws specified are acceptable to the bidders.
6.
Optional Site Visit
It is recommended that the Bidder or a representative of the Bidder visit the work site. Arrangements have
been made for a tour of the work site. The site visit will be held on August 20, 2013 at 13:30 CDT at Hwy.
21 Willow Creeek Port of Entry. Bidders must communicate with the Contracting Authority no later
than12:00pm CDT on Monday August 19, 2013 to confirm attendance and provide the name(s) of the
person(s) who will attend. Bidders who do not confirm attendance and provide the name(s) of the
person(s) who will attend as required will not be allowed access to the site.
Contracting Authority:
Marlene Hall
Tel: (204) 984-6423 E-Mail
[email protected]
Bidders will be requested to sign an attendance form. Bidders who do not attend or send a representative
will not be given an alternative appointment but they will not be precluded from submitting a bid. Any
clarifications or changes to the bid solicitation resulting from the site visit will be included as an
amendment to the bid solicitation.
Part - Partie 2 of - de 2 / Page 4 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
PART 3 - BID PREPARATION INSTRUCTIONS
1.
Bid Preparation Instructions
Canada requests that bidders provide their bid in separately bound sections as follows:
Section I:
Technical Bid
2 hard copies
Section II:
Financial Bid
1 hard copies
Section III:
Certifications
1 hard copies
Prices must appear in the financial bid only. No prices must be indicated in any other section of the bid.
Canada requests that bidders follow the format instructions described below in the preparation of their bid:
(a)
(b)
use 8.5 x 11 inch (216 mm x 279 mm) paper;
use a numbering system that corresponds to the bid solicitation.
In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary
steps to incorporate environmental considerations into the procurement process Policy on Green
Procurement
(http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procurement/politique-policy-eng.html). To
assist Canada in reaching its objectives, bidders should:
1)
use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from a
sustainably-managed forest and containing minimum 30% recycled content; and
2)
use an environmentally-preferable format including black and white printing instead of colour
printing, printing double sided/duplex, using staples or clips instead of cerlox, duotangs or binders.
Section I:
Technical Bid
In their technical bid, bidders should explain and demonstrate how they propose to meet the requirements
and how they will carry out the Work.
Section II:
Financial Bid
Bidders must submit their financial bid in accordance with Annex B the Basis of Payment. The total
amount of Applicable Taxes must be shown separately.
1.1
Exchange Rate Fluctuation
C3011T (2010-01-11) Exchange Rate Fluctuation
Section III:
Certifications
Bidders must submit the certifications required under Part 5.
Part - Partie 2 of - de 2 / Page 5 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION
1.
Evaluation Procedures
(a)
Bids will be assessed in accordance with the entire requirement of the bid solicitation including the
technical and financial evaluation criteria.
(b)
An evaluation team composed of representatives of Canada will evaluate the bids.
1.1
Technical Evaluation
1.1.1
Mandatory Technical Criteria
Refer to Part 1 of Appendix 1 to Annex A
1.2
Financial Evaluation
Refer to Annex B
SACC Manual Clause A0222T (2013-04-25) Evaluation of Price
2.
Basis of Selection
2.1
To be declared responsive, a bid must:
(a)
comply with all the requirements of the bid solicitation; and
(b)
meet all mandatory technical evaluation criteria; and submit a completed compliance
matrix at Annex A.
2.2
The responsive bid with the lowest evlauated price will be recommended for award of a contract.
Part - Partie 2 of - de 2 / Page 6 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
PART 5 - CERTIFICATIONS
Bidders must provide the required certifications and documentation to be awarded a contract.
The certifications provided by bidders to Canada are subject to verification by Canada at all times.
Canada will declare a bid non-responsive, or will declare a contractor in default, if any certification made
by the Bidder is found to be untrue whether during the bid evaluation period or during the contract period.
The Contracting Authority will have the right to ask for additional information to verify the Bidder’s
certifications. Failure to comply with this request will also render the bid non-responsive or will constitute a
default under the Contract.
1.
Mandatory Certifications Required Precedent to Contract Award
1.1
Code of Conduct and Certifications - Related documentation
By submitting a bid, the Bidder certifies that the Bidder and its affiliates are in compliance with the
provisions as stated in Section 01 Code of Conduct and Certifications - Bid of Standard
Instructions 2003 The related documentation therein required will assist Canada in confirming that
the certifications are true.
1.2
Federal Contractors Program for Employment Equity - Bid Certification
By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the
Bidder is a Joint Venture, is not named on the Federal Contractors Program (FCP) for
employment equity "FCP Limited Eligibility to Bid" list
(http://www.labour.gc.ca/eng/standards_equity/eq/emp/fcp/list/inelig.shtml) available from Human
Resources and Skills Development Canada (HRSDC) - Labour's website.
Canada will have the right to declare a bid non-responsive if the Bidder, or any member of the
Bidder if the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid “ list at the
time of contract award.
Part - Partie 2 of - de 2 / Page 7 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
PART 6 - RESULTING CONTRACT CLAUSES
1.
Security Requirement
There is no security requirment
2.
Requirement
The Contractor must provide the items detailed under the "Requirement" at Annex "A".
3.
Standard Clauses and Conditions
All clauses and conditions identified in the Contract by number, date and title are set out in the Standard
Acquisition Clauses and Conditions Manual
(https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual)
issued by Public Works and Government Services Canada.
3.1
General Conditions
2010A (2013-04-25) General Conditions - Goods (Medium Complexity) apply to and form part of the
Contract.
4.
Term of Contract
4.1
Delivery Date
All the deliverables are MANDATORY and must be received on or before eight (8) weeks from date of
award.
5.
Authorities
5.1
Contracting Authority
The Contracting Authority for the Contract is:
Marlene Hall
Supply Specialist
Public Works and Government Services Canada
Acquisitions Branch
Suite 100 - 167 Lombard Ave.
P. O. Box 1408
Winnipeg, MB R3C 2Z1
Tel: (204) 984-6423
Fax: (204) 983-7796
E-Mail: [email protected]
The Contracting Authority is responsible for the management of the Contract and any changes to the
Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work
Part - Partie 2 of - de 2 / Page 8 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
in excess of or outside the scope of the Contract based on verbal or written requests or instructions from
anybody other than the Contracting Authority.
5.2
Project Authority
The Project Authority for the Contract is: (to be inserted at contract award)
TBD
The Project Authority is the representative of the department or agency for whom the Work is being
carried out under the Contract and is responsible for all matters concerning the technical content of the
Work under the Contract. Technical matters may be discussed with the Project Authority, however the
Project Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of
the Work can only be made through a contract amendment issued by the Contracting Authority.
5.3
Contractor's Representative
Name:
_____________________________
Title:
_____________________________
Organization:
_____________________________
Address:
_____________________________
Telephone :
_____________________________
Facsimile:
_____________________________
E-mail address: _____________________________
6.
Payment
6.1
Basis of Payment
The Contractor will be reimbursed for the costs reasonably and properly incurred in the performance of
the Work, as determined in accordance with the Basis of Payment in Annex B, Section B and C, to a
limitation of expenditure of $________ (to be inserted the amount at contract award). Customs duties are
included, and Applicable Taxes are extra.
Canada will not pay the Contractor for any design changes, modifications or interpretations of the Work,
unless they have been approved, in writing, by the Contracting Authority before their incorporation into the
Work.
Part - Partie 2 of - de 2 / Page 9 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
6.2
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
Single Payment
SACC Manual clause H1000C (2008-05-12) Single Payment
6.3
SACC Manual Clauses
Discretionary Audit (2010-01-11) C0705C
T1204 - Direct Request by Customer Department (2007-11-30) A9117C
Taxes - Foreign-based Contractor (2007-11-30) C2000C
7.
Invoicing Instructions
The Contractor must submit invoices in accordance with the section entitled "Invoice Submission" of the
general conditions. Invoices cannot be submitted until all work identified in the invoice has been
completed and that all maintenance service call reports related to the Work identified in the invoice have
been received by the Project Authority.
8.
Certifications
8.1
Compliance
Compliance with the certifications and related documentation provided by the Contractor in its bid is a
condition of the Contract and subject to verification by Canada during the term of the Contract. If the
Contractor does not comply with any certification, provide the related documentation or if it is determined
that any certification made by the Contractor in its bid is untrue, whether made knowingly or unknowingly,
Canada has the right, pursuant to the default provision of the Contract, to terminate the Contract for
default.
9.
Applicable Laws
The Contract must be interpreted and governed, and the relations between the parties determined, by the
laws in force in Manitoba.
10.
Priority of Documents
If there is a discrepancy between the wording of any documents that appear on the list, the wording of the
document that first appears on the list has priority over the wording of any document that subsequently
appears on the list.
(a)
(b)
(c)
(d)
(e)
(f)
(g)
the Articles of Agreement;
the general conditions 2010A (2013-04-25), General Conditions - Goods (Medium Complexity);
Annex A, Requirement;
Annex B, Basis of Payment
Annex C, Insurance Requirements
Annex D, Site Plan
the Contractor's bid dated _______
Part - Partie 2 of - de 2 / Page 10 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
11.
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
SACC Manual Clauses
Electrical Equipment (2006-06-16) B1501C
Excess Goods (2006-06-16) B7500C
Government Site Regulations (2010-01-11) A9068C
Salvage (2008-05-12) A9039C
Prepaid Transportation Costs (2008-05-12) C5201C
12.
Insurance Requirements
The Contractor must comply with the insurance requirements specified in Annex C. The Contractor must
maintain the required insurance coverage for the duration of the Contract. Compliance with the insurance
requirements does not release the Contractor from or reduce its liability under the Contract.
The Contractor is responsible for deciding if additional insurance coverage is necessary to fulfill its
obligation under the Contract and to ensure compliance with any applicable law. Any additional insurance
coverage is at the Contractor's expense, and for its own benefit and protection.
The Contractor must forward to the Contracting Authority within ten (10) days after the date of award of
the Contract, a Certificate of Insurance evidencing the insurance coverage and confirming that the
insurance policy complying with the requirements is in force. Coverage must be placed with an Insurer
licensed to carry out business in Canada. The Contractor must, if requested by the Contracting Authority,
forward to Canada a certified true copy of all applicable insurance policies.
Part - Partie 2 of - de 2 / Page 11 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
E0209-140898/A
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
Annex A: Requirement
The Canada Border Services Agency, Port of Entry at Willow Creek, Saskatchewan, has a requirement for
the supply and delivery of a mobile manufactured unit for the purpose of acting as a temporary office.
Compliance Matrix - Mandatory Requirements
Completion and submission of Mandatory Specification is required to be considered
responsive and for your bid to be given further consideration.
1.Bidders must record whether they meet (YES) or not meet (NO) each of
the specifications.
2. Bidders must cross reference where in their technical bid, the technical
specification is located.
Where you have indicated compliant, provide the specification being offered which meets
or exceeds and cross-reference as to where the supporting documentation is found
within your proposal. If there is insufficient space in the table, assign SIR #
(Supplementary Information Reference) and provide the appropriate details on a
separate page in your proposal. Where published supporting documentation is not
available in the form of brochures, technical data sheets etc., mark in the table
"certification by signature"
Note: All work and materials herein specified must meet and maintain minimum Canadian and
Provincial certification(s) and approval(s) as applicable by Industry Standards.
Bidder Response: indicate how
they meet the specifications
addressed below/
cross-reference where this
technical specification is
Ite
m
indicated in their bid
documentation
GENERAL:
i. Dimensions 16ft x 60ft (W x L) minimum @960 sq.
Feet
ii. Rooms:
1.
Bedrooms: 3 minimum
Bathrooms: 2 full minimum
Kitchen: 1 full minimum
Closets: 1 closet/bedroom;
Storage closets: 1 minimum
Utility Area: dedicated washer and dryer
Part - Partie 2 of - de 2 / Page 12 of - de 18
Compliant:
(Yes/No)
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
CONSTRUCTION: In compliance with and labelled as :
i. CAN/CSA A277 Factory Certification of Buildings,
and/or
2.
ii. CAN/CSA Z240 MH, Manufactured Home, and
iii. Specification Name Plate,
Must be permanently affixed to the structure.
MANDATORY DELIVERY: Eight (8) weeks from
contract award.
a.) On-site delivery Willow Creek – Canada Border
Confirm your commitment
to mandatory (a) delivery
and (b)on-site installation
Services Agency (Saskatchewan Highway #21)
Best delivery date offered: Date:___________ , 2013
3.
b.) Contractor must provide all material, supplies
and labour for on-site installation including
blocking (CSA approved), levelling, anchoring and
insulated skirting to be provided within 10 days of
delivery.
4.
Steel frame with hitch
5.
Straight roof line 4/12 pitch with 7/16 roof sheathing
6.
25 year fiberglass shingles w/full felt underlay
Insulation:
Ceiling: R-40 minimum
Floor: R-34 minimum
Walls: R-20 minimum
Exterior wall sheathing (glued & fastened)
Maintenance free vinyl siding
7.
8.
9.
10.
11.
12.
13.
17.
2x6 construction with 7’ 6” walls minimum
6 mil vapor barrier on all exterior walls
Floor joists: 2 x 10 16” O.C. minimum or I beam design
¾” floor sheathing (glued & fastened) minimum
Vaulted ceiling – living room, dining room,
kitchen
½” stippled drywall ceilings
Convertible gas/propane furnace with electronic
ignition
Two (2) - 36” exterior insulated doors with deadbolts
18.
19.
20.
40 Imperial gallon electric HWT
Plumbed for washer, wired for dryer
100 amp electric service panel minimum
14.
15.
16.
Part - Partie 2 of - de 2 / Page 13 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
21.
Screen/Storm on all exterior doors
22.
Pre-finished interior doors
Low E PVC windows & sills complete with screens with
metal fascia
12” side eave with venting
Exterior color coordinated metal fascia
23.
24.
25.
26.
27.
28.
29.
32.
33.
2” Battens at wall to ceiling joint
Pre-finished vinyl drywall panels with tape seams
Dedicated receptacle for heat tape
Carbon monoxide/Smoke detectors
Trackless carpet with 7lb underlay in living
room, and hallways and bedrooms
Quality cushioned vinyl or linoleum flooring (fully glued
& rolled)
30” deluxe range with power range hood with fan
18 cubic ft. frost free fridge minimum
34.
35.
36.
37.
Built in Dishwasher
Solid hardwood Panel Cabinet Doors
Pantry in kitchen
Laminate countertops
38.
39.
40.
41.
Drawer in base cabinets
Bathroom exhaust fans and GFI plug in bathrooms
Tub/shower combination in each bathroom
Carriage light at all exterior doors
42.
43.
Window coverings for all windows
Frost free tap
Manufacturer’s Warranty Specfified for:
a. Labour and Material (all inclusive)
b. Building Envelope
c. Building Structure
30.
31.
44.
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
minimum 1 year
__________ years
__________ years
Desirable Criteria – Preferred Options
45.
45a.
Desirable criteria are performance or
characteristic elements that are considered ideal
to have, but are not mandatory; nor are they
considered as evaluation criterion.
Reference item #29
Vinyl or Linoleum floor covering is preferred over
carpet for the living room, bedroom 2 and 3, and
hallways, with a choice in the colour.
(Carpet to remain in the master bedroom)
Part - Partie 2 of - de 2 / Page 14 of - de 18
NOT
INCLUDED
FOR
EVALUATION
PURPOSES
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
Annex B
Basis of Payment
In consideration of the Offeror satisfactorily completing all of its obligations under the Contract, the Offeror
will be paid firm prices, as specified below. Applicable taxes are extra, and is to be shown as a separate
item on any resulting invoice if applicable.
Prices below must be firm and in Canadian funds including all costs associated with providing the
requirement in accordance with Annexes A - Compliance Matrix, Canadian Customs duties, and all
shipping and offloading charges, FOB destination to the Willow Creek Port of Entry, Williow Creek,
Saskatchewan.
E0209-140898 Manufactured /Mobile Accommodation Unit
A
Mobile Accommodation Unit
1
Modular Unit:
Make/Model #
Includes insulated skirting - supplied and
installed
Firm Price (Cdn)
B
Lot Price
$____________
Site Insatallation and Set-up
Firm Price (Cdn)
Contractor must provide all material, supplies and
labour for on-site installation including blocking
(CSA approved), levelling, anchoring and insulated
Lot Price
$____________
skirting to be provided within 10 days of delivery.
C
Delivery on-site
Firm Price
(Cdn)
1
FOB destination to the Willow Creek Port of Entry,
Williow Creek, Saskatchewan.
$____________
SUB-TOTAL(A+B+C):
$____________
Applicable Taxes:
$____________
TOTAL:
$______________
Part - Partie 2 of - de 2 / Page 15 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
Annex C
Insurance Requirements
1.
Commercial General Liability Insurance
1.
The Contractor must obtain Commercial General Liability Insurance, and maintain it in force
throughout the duration of the Contract, in an amount usual for a contract of this nature, but for
not less than $2,000,000 per accident or occurrence and in the annual aggregate.
2.
The Commercial General Liability policy must include the following:
(a)
Additional Insured: Canada is added as an additional insured, but only with respect to
liability arising out of the Contractor's performance of the Contract. The interest of
Canada should read as follows: Canada, as represented by Public Works and
Government Services Canada.
(b)
Bodily Injury and Property Damage to third parties arising out of the operations of the
Contractor.
(c)
Products and Completed Operations: Coverage for bodily injury or property damage
arising out of goods or products manufactured, sold, handled, or distributed by the
Contractor and/or arising out of operations that have been completed by the Contractor.
(d)
Personal Injury: While not limited to, the coverage must include Violation of Privacy,
Libel and Slander, False Arrest, Detention or Imprisonment and Defamation of Character.
(e)
Cross Liability/Separation of Insureds: Without increasing the limit of liability, the policy
must protect all insured parties to the full extent of coverage provided. Further, the policy
must apply to each Insured in the same manner and to the same extent as if a separate
policy had been issued to each.
(f)
Blanket Contractual Liability: The policy must, on a blanket basis or by specific reference
to the Contract, extend to assumed liabilities with respect to contractual provisions.
(g)
Employees and, if applicable, Volunteers must be included as Additional Insured.
(h)
Employers' Liability (or confirmation that all employees are covered by Worker's
compensation (WSIB) or similar program)
(i)
Broad Form Property Damage including Completed Operations: Expands the Property
Damage coverage to include certain losses that would otherwise be excluded by the
standard care, custody or control exclusion found in a standard policy.
(j)
Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authority
thirty (30) days written notice of policy cancellation.
(k)
If the policy is written on a claims-made basis, coverage must be in place for a period of
at least 12 months after the completion or termination of the Contract.
(l)
Owners' or Contractors' Protective Liability: Covers the damages that the Contractor
becomes legally obligated to pay arising out of the operations of a subcontractor.
Part - Partie 2 of - de 2 / Page 16 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
2.
Automobile Liability Insurance
1.
The Contractor must obtain Automobile Liability Insurance, and maintain it in force throughout
the duration of the Contract, in an amount usual for a contract of this nature, but for not less
than $2,000,000 per accident or occurrence.
2.
The policy must include the following:
(a) Third Party Liability - $2,000,000 Minimum Limit per Accident or Occurrence
(b) Accident Benefits - all jurisdictional statutes
(c) Uninsured Motorist Protection
(d) Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authority
thirty (30) days written notice of cancellation.
Part - Partie 2 of - de 2 / Page 17 of - de 18
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
E0209-140898/A
Buyer ID - Id de l'acheteur
wpg016
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CBSA
WPG-3-36110
CCC No./N° CCC - FMS No/ N° VME
ANNEX D
PORT OF WILLOW CREEK, SASKATCHEWAN
SITE PLAN
Part - Partie 2 of - de 2 / Page 18 of - de 18

Documents pareils